Contract notice

Information

Published

Date of dispatch of this notice: 10/11/2019

Expire date: 09/12/2019

External Reference: 2019-547679

TED Reference: 2019/S 218-535376

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Test Valley Borough Council
N/A
Beech Hurst, Weyhill Road,
Andover
SP10 3AJ
UK
Contact person: Dave Owers
Telephone: +44 01264368000
Internet address(es):
Main address: www.testvalley.gov.uk

I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=30893&B=UK
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.4)

Type of the contracting authority

Regional or local authority
I.5)

Main activity

General public services

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Fire and Intruder Alarm Servicing and Reactive Response Contract
Reference number:  PAM014
II.1.2)

Main CPV code

50710000  -  Repair and maintenance services of electrical and mechanical building installations
II.1.3)

Type of contract

Services
II.1.4)

Short description

The works to be undertaken for the buildings under the control of Test Valley Borough Council shall include but are not limited to:
• Full fire and intruder alarm system visual condition check and condition report, identifying age and prospective life, connections and controls.
• Provision of a reactive and repair service for fire and intruder alarms.
• Provision of bi-annual planned servicing and inspection of all fire and intruder alarms.
• In addition the contractor will be required to carry out planned alterations to existing systems and quote for new systems as required without obligation from Test Valley Borough Council to proceed.
• React to specified monitoring arrangements.
Contract duration is 3 years with the option to extend by 2 years.
Further information is available in the tender documents which are available at https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=30893&B=UK
II.1.5)

Estimated total value

Value excluding VAT: 200000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

50710000  -  Repair and maintenance services of electrical and mechanical building installations
II.2.4)

Description of the procurement

The works to be undertaken for the buildings under the control of Test Valley Borough Council shall include but are not limited to:
• Full fire and intruder alarm system visual condition check and condition report, identifying age and prospective life, connections and controls.
• Provision of a reactive and repair service for fire and intruder alarms.
• Provision of bi-annual planned servicing and inspection of all fire and intruder alarms.
• In addition the contractor will be required to carry out planned alterations to existing systems and quote for new systems as required without obligation from Test Valley Borough Council to proceed.
• React to specified monitoring arrangements.
Further information is available in the tender documents which are available at https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=30893&B=UK
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 200000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
This contract is subject to renewal: no
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 6
Objective criteria for choosing the limited number of candidates:
Highest Scoring
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
The contract duration is 3 years with the option to extend by 2 years.
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.1.1)

Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:  As described in the documents
III.1.2)

Economic and financial standing

Selection criteria as stated in the procurement documents
III.1.3)

Technical and professional ability

Selection criteria as stated in the procurement documents
III.2)

Conditions related to the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Restricted procedure
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : yes
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  09/12/2019
Local time:  12:00
IV.2.3)

Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 16/12/2019
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.4)

Procedures for review

VI.4.1)

Review body

High Court of England and Wales
London
UK

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
As set out in the Public Contract Directive 2014/24/EU